Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2007 FBO #2106
SOLICITATION NOTICE

R -- Suupply Chain Management

Notice Date
8/31/2007
 
Notice Type
Solicitation Notice
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK DETACHMENT PHILADELPHIA, 700 Robbins Avenue, Building 2B, Philadelphia, PA, 19111-5083, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N00189-07-Q-3097
 
Response Due
9/10/2007
 
Description
The Fleet and Industrial Supply Center (FISC) Norfolk Contracting Department, Philadelphia, intends to solicit on an other than full and open competition basis, for Supply Chain Management Services in support of NAVSUP, Mechanicsburg, PA Request for Quote N00189-07-Q-3097 contemplates a Firm Fixed Price type contract. The anticipated start date is 24 September 2007. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6; as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a proposal is being requested and a written solicitation will not be issued. The procurement is being processed through other than full and open competition pursuant to the statutory authority of 10 U.S.C. 2304(c)(1), as implemented by FAR 6.302-1. The Government intends to solicit and negotiate with Burr Business Solutions of Camp Hill, PA since they are the only source with the capability of satisfying the governments requirements. Interested persons may identify their interest and capability to respond to the requirement. This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received on or before noon Eastern Time on 10 September 2007. Information received as a result of this notice of intent will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete this proposed procurement action based on the responses received is solely within the discretion of the Government.. The Government will not pay for information received. The NAICS code is 561210. The solicitation document and incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular. It is the contractors responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.arnet.gov/far and www.dtic.mil/dfars. The Contract Line Items (CLINS) are as follows: 0001 Base - Supply Chain Management Services 4 mo, 0002-Opt I - Supply Chain Management Services 12 mo, 0003-Opt II - Supply Chain Management Services 12 mo, 0004-Opt III - Supply Chain Management Services 12 mo 0005-Opt IV - Supply Chain Management Services 12 mo. Anticipated start date 25 Sept 2007. Statement of Work is as follows: Program management support and consulting services for NAVSUP supply, logistics and Supply Chain Management and Strategy/Innovation areas of responsibilities at the NAVSUP headquarters and strategic enterprise level. Required services include development and facilitation of improvements in the Supply Chain systems and processes, program management support and facilitation, development and maintenance of analytical databases and tools associated with designated programs and initiatives: a. Supply Chain Management and Strategy/Innovation responsibilities and initiatives; b. HM&E Standardization Executive Committee (ExComm) and the Best Value Standardization Process Team in the development of a Best Value tool; c. Joint Total Asset Visibility (JTAV);d. LSA and LPC functions and responsibilities; e. Inventory reduction strategy; f. Emergent management and strategy/innovation initiatives supporting NAVSUP supply chain functions and responsibilities; g. Navy Family Support Department Household Goods Division Support The contractor shall be responsible for the development of innovative initiatives that improve the efficiency of the Supply Chains that NAVSUP influences. Once initiatives are identified, the contractor may be involved in implementing changes necessary to achieve the identified efficiencies. Finally, the changes resulting from the implementation of the efficiency initiatives will be tracked and measured to ensure that innovations and initiatives are achieving desired results. Task 1 Project Management Support to provide project management support related to Supply Chain Management and Strategy/Innovation initiatives for designated afloat/shore programs and related products, apply project management controls and ensure compliance with all government instructions and regulations. Task 2 Supply Chain Management and Strategy/Innovation Initiatives to pursue innovative improvements in support of SCM initiatives, as identified;provide NAVSUP HQ support for End Use to Navy Working Capital Fund (NWCF) stock fund transition;develop a detailed Plan of Action and Milestones (POA&M) for steps required in support of data cleansing required to support the identified initiatives; requires a detailed understanding of the transition from End Use accounting and inventory management to NWCF accounting and inventory management. RSupply Unit and Micro SFM for conversion from End Use to NWCF; milestones associated with converting end use activities to NWCF management; forecasting requirements associated with determining the revised points of sale for conversion; the clearing of legacy stock dues and elimination of the Deficiency to Requisition Objectives for NWCF conversion; associated transactions required to support NWCF transition; the steps required to execute BP-28 excess reviews for transition preparations; the transition process to include capitalization into the NWCF; and the requirements associated with MFCS required to support the transition to the NWCF.Task 3 Participate in HM&E Standardization Executive Committee (ExComm) meetings and the Best Value Standardization Process Team in the development of a best value tool to, maintain currency of HME ExComm action items. This includes action item tracking, determining action item process ownership, updating presentations, assisting the NAVSUP 04 Program Manager in meetings, providing updates and situation summaries (SITSUMS);assist in the development of HME ExComm meeting agendas, situation reports, periodic updates and presentations; assist the Best Value Standardization Process Team (BVSPT) Sponsors and Action Officers with the agendas, presentations and periodic updates; and assist related BVSPT efforts such as barrier removal teams, sub teams and other activities engaged in supporting the BVSPT.Task 4 - Joint Total Asset Visibility to,provide joint communities and combatant commanders visibility of Navy assets in-storage, repair, and in-transit; and develop means to produce, send and receive in-transit and asset visibility status transactions with data available in Navy and Joint operated supply and transportation data bases.Task 5 - Program Management support for the NAVSUP LSA and LPC to provide management consulting services supporting NAVSUPs LSA/LPC functions, including support for the revision of the Integrated Logistics Assessment (ILA) handbook;develop and maintain program and initiative databases and tools; track and provide detailed reports as required;design and lay out the LSA, ILA, DASN(L) Independent Logistics Assessment Management System (DILAMS), and DMSMS homeport pages on Navy Knowledge Online (NKO). The contractor is required to provide a detailed understanding and expertise with the DILAMS system and expert knowledge on NKO;prepare written reports and presentations; facilitate LSA meetings and Video Teleconferences (VTCs); preparing agendas, briefs and meeting minutes; update and maintain LSA, LPC, ILA and DILAMS mailing lists of points of contact for each system command; coordinate ILA program documentation with reference to specific logistics assessment schedules;provide assistance to the DILAMS functional expert. Assist users on all aspects of DILAMS functionality;monitor logistics assessment of all ACAT I and II programs using DILAMS;and update logistics references and perform online assessment reporting on ILAs. Task 6 - Navy Family Support Department Household Goods Division administrative support functions to compile and post monthly division metrics to NAVSUP's web-based Corporate Information System (CIS) and update associated Power Point slides;receive monthly Transportation Operational Personal Property Standard System (TOPS) reports from Surface Deployment and Distribution Command (SDDC) and along with Smart Web Move monthly reports analyze this data with regard to Code 1 and 2 shipments, Direct Procurement Method (DPM) shipments and report out to personal property shipping offices using Smart Web Move; provide other support as needed, e.g., individual may be required to research conference and hotel sites/costs;develop channels for the Navy Knowledge Online-Personal Property Homeport web page; prepare Area Clearance Naval Messages for personnel traveling to overseas activities/areas; develop and maintain an electronic directory of CONUS and OCONUS Navy personal property shipping offices. Create interactive reference maps to facilitate headquarters and field activities to locate transportation officer, counseling personnel, phone and fax numbers, email addresses and mailing addresses for the Navy personal property offices worldwide; assist the NAVSUP SmartWeb Move (SWM) project manager; research, inventory and distribute SWM promotional materials to personal property offices and work with vendors to identify promotional material costs; correspond with personal property offices regarding the SWM program; work with NAVSUP Corporate Communications Office to write press releases on SWM and Household Goods (HHG) issues; develop and maintain mailing lists of base Commanding Officers where the SWM program has been implemented; and assist in the development and execution of a communication plan to increase use of SWM. The contractor shall prepare the following reports and submit them as specified. Deliverable 1 - Monthly Status Report, to include, an outline of all initiatives supported under this SOW during the month . Deliverable 2 - Monthly metrics reports supporting NAVSUP Supply Chain Management and Strategy/Innovation, to include, Current status of any projects in work on innovative improvements in support of Supply Chain Management (SCM) initiatives. Deliverable 3 - Meeting Minutes and Action Items. Deliverable 4 - Presentations, Issue Papers and other documentation Deliverable 5 - Trip Reports. Deliverable 6 - Other Reports, to include a monthly report of tasks accomplished, and other reports pertinent to the fulfillment of this SOW. The majority of the work will be performed at the NAVSUP Headquarters building government facility with meetings and briefings at other sites as needed. The government will furnish on-site working facilities to include PC and telephone access.It is estimated that travel will be performed 5% of the time (from Mechanicsburg, PA, to fleet concentration areas or other sites as determined by the PM). Any travel shall be accomplished in accordance with the Governments Joint Travel Regulation (JTR).NAVSUP will provide the contractor with and/or arrange for the delivery to the contractor all basic level information needed for performance of this contract. The Government will furnish work space facilities and provide necessary hardware/software including a computer workstation to allow for e-mail, telephone services and voice mail. Contractor employees will be required to have a favorably completed National Agency Check (NAC) within 30 calendar days of starting work on this contract. Work under this contract is unclassified. The contractor will be required to provide clearances for personnel requiring access to government computers and workstations.The provisions at 52.212-1, 52.212-3, 252-212-7001 applies to this acquisition. The clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. The clauses at 52.212-5 and 252-212-7001, Contract Terms and Conditions Required to Implement Statues or Execute Orders-Commercial Items, apply to this acquisition, with the following clause checked as applicable: 52.222-2, 52.222-35, and 52.222-36. For additional information concerning this requirement, please contact Rhoda J.Meyer at 215-697-9645 or via E-mail at rhoda.meyer@navy.mil.
 
Place of Performance
Address: Naval Supply Systems Command, Mechanicsburg, PA
Zip Code: 17055
Country: UNITED STATES
 
Record
SN01392631-W 20070902/070831222452 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.